Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
DENEL SOC LTD T/A DENEL LAND SYSTEMS INC MECHEM
REQUEST FOR QUOTATION
FOR
HOEFYSTER - VEHICLE HULL ADD ON ARMOUR
TENDER NUMBER: DLS150630
REVISION : 09
DATE: 27 OCTOBER 2017
Page 2 of 44
APPROVAL SHEET
TITLE: HOEFYSTER - VEHICLE HULL ADD ON ARMOUR
TENDER NUMBER: DLS150630
REVISION: 00
DATE: 27 OCTOBER 2017
DEPARTMENT: SUPPLY CHAIN
CLASSIFICATION: CLASSIFIED
DISTRIBUTION: VIA TENDER WEBSITE OF NATIONAL TREASURY
http://www.etenders.gov.za/content/advertised-tenders
UNDER: Department - Denel (Pty) Ltd
http://www.denellandsystems.co.za
UNDER: About Us - Tenders
http://www.denel.co.za/tenders#
UNDER: Our Business - Tenders
Page 3 of 44
TABLE OF CONTENTS
APPLICATION FOR A TAX CLEARANCE CERTIFICATE ................................................................. 5
INVITATION TO BID ............................................................................................................... 6
BIDDERS REQUIREMENTS ....................................................................................................... 8
TAX CLEARANCE CERTIFICATE REQUIREMENTS ..................................................................... 12
PRICING SCHEDULE – FIRM PRICES ...................................................................................... 13
PRICE ADJUSTMENTS ........................................................................................................... 15
DECLARATION OF CONFLICT OF INTEREST ............................................................................ 17
THE NATIONAL INDUSTRIAL PARTICIPATION PROGRAMME .................................................... 21
CONTRACT FORM - SALE OF GOODS/WORKS - PART 1 ........................................................... 29
CONTRACT FORM - SALE OF GOODS/WORKS - PART 2 ........................................................... 31
DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES .......................... 33
CERTIFICATION ................................................................................................................... 35
CERTIFICATE OF INDEPENDENT BID DETERMINATION ........................................................... 36
INDUSTRIAL PARTICIPATION ................................................................................................ 39
CONDITIONS TO BE OBSERVED WHEN BIDDING .................................................................... 42
Page 4 of 44
ANNEXURES:
A ITEM LIST WITH QUANTITIES AND REQUIRED DELIVERY DATES
B TEMPLATE SAMPLE OF MANUFACTURING EXECUTION PLAN - TO BE COMPLETED AND SUBMITTED TO TENDER
C DOCUMENT NUMBER 925082470200 02 - ALTERNATIVE RSA MATERIALS THAT CAN BE USED
D CD WITH COMPLETE SET OF DRAWINGS REQUIRED - TO BE COLLECTED AT DLS RECEPTION
E CD WITH SURFACE TREATMENT INFO - ST CODES, PAINT SPECS AND PATRIA ENGINEERING STANDARDS - TO BE COLLECTED AT DLS RECEPTION
F CD WITH RELEVANT CRL's AND LAST DRAWING OF LISTED ITEMS - TO BE COLLECTED AT DLS RECEPTION
Page 5 of 44
SBD 0
APPLICATION FOR A TAX CLEARANCE CERTIFICATE
http://www.etenders.gov.za/content/tender-documents
Page 6 of 44
SBD 1
INVITATION TO BID
BID NUMBER DLS150630 CLOSING DATE 20 November 2017 CLOSING TIME 12H00
COMPULSORY BRIEFING SESSION DATE N/A TIME N/A
SESSION WILL BE HELD AT N/A
Please note that Bidders who have not attended the compulsory briefing session (if applicable), will not be allowed to tender.
CLOSING DATE TO HAND IN SIGNED NDA'S AND RECEIVE DATA PACKS OR CD'S 03 November 2017
CD'S OR DATA PACKS CAN BE COLLECTED AT THE SECURITY COUNTER AT DLS RECEPTION
CLOSING DATE FOR WRITTEN QUESTIONS 15 November 2017
BASE DATE OF QUOTATION 01 October 2017
STATEMENT OF WORK
Should an untransformed company win the bid, it is expected that 25% of the contract be subcontracted to a transformed company.
Bidders will be required to sign a non-disclosure agreement for each tender.
Bidders note that Denel land systems may call for Presentations of bidders’ offers during the evaluation process.
The quantities furnished in the bid document are the total of the estimated requirements for the institutions concerned and no guarantee is given regarding the actual quantities that will be ordered. Quantities could differ according to the requirement received from DENEL LAND SYSTEMS internal client.
All communication/questions regarding this bid before the closing date and time must be done in writing.
After the contract is awarded the successful bidder will be required to fill in and sign a written Contract Form (SBD 7).
DELIVERY OF TENDERS
(1 X ORIGINAL AND 2 X COPIES) - CLEARLY MARKED - NOT BINDED
Tender Box
NR DESCRIPTION PART NUMBER QUANTITY DATE REQUIRED
1 HOEFYSTER VEHICLE ADD ON ARMOUR SEE ANNEXURE B SEE ANNEXURE B SEE ANNEXURE B
Page 7 of 44
G6 Building (Security Office)
368 Selbourne Avenue
Lyttelton
Centurion
Bidders should ensure that bids are delivered timeously to the correct address. If the bid is late, it will not be accepted for consideration.
The bid box is generally open 24 hours a day, 7 days a week.
DELIVERY ADDRESS OF DELIVERABLES:
Groenkloof Store
368 Selborne Avenue
Lyttelton
Centurion
ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS – (NOT TO BE RE-TYPED)
This bid is subject to the Preferential Procurement Policy Framework Act and the Preferential Procurement Regulations 2017, Denel SOC Standard Terms and Conditions for Procurement (available on request) and, if applicable, any other special conditions of contract.
Page 8 of 44
BIDDERS REQUIREMENTS
1. EXPERIENCE AND COMPETENCY
a) Previous experience of providing similar work or services, must attach 2 letters of referral from previous clients.
b) Must demonstrate the capacity to handle a project of this magnitude in terms of human resource, financials and equipment.
c) Must demonstrate that you are familiar with all regulatory framework that relates to this project including but not limited to, occupational Health and Safety Act.
2. COMPLIANCE REQUIREMENTS Bidders shall comply with the following requirements. Failure to comply may lead to
disqualification.
a) Valid Tax Clearance Certificate (must be valid on closing date of submission of proposal).
b) Original or Certified copy of valid BBBEE Certificate (from SANAS accredited Verification Agency) or from the Auditors approved by the Independent Regulatory Body of Auditors (IRBA).
c) Completed and signed with black ink Tender Forms of Denel Land Systems with the Annexures, plus initialling all pages.
d) Certified copy of Company Registration Document that reflects Company Name, Registration number, date of registration and active Directors or Members.
e) Certified copy of Shareholders’ certificates.
f) Certified copy of ID documents of the Directors or Members.
g) Letter of Good Standing - Compensation for Occupational Injuries and Diseases (COID).
h) Proof of banking details (stamped letter issued by the Bank not older than 3 months).
i) Company Profile.
j) Proof of registration on CSD. 3. LEGAL COMPLIANCE
a) Bidders must ensure that they comply with all the requirements of the RFQ and if Bidders fail to comply with such requirements it shall be at the sole discretion of Denel Land Systems either to allow the Bidder to comply or disqualify the Bidder.
b) The premises/factory of the bidder or contractor should be open for inspection by a representative from Denel Land Systems and/or its approved institution.
c) The Bidder is required to be listed on the Central Supplier Database (CSD) and must provide its CSD reference number.
Page 9 of 44
4. OWNERSHIP OF DESIGN
a) The drawings and design developed and to be provided by Denel land Systems shall at all times remain the property of DLS.
5. VALIDITY PERIOD
a) The RFQ shall be valid for 120 days calculated from closing date.
b) Before any manufacturing and/or delivery of any product on this contract is conducted, the contractor must be in possession of an official order issued by an authorized official of Denel Land Systems.
NON SUBMISSION OF THE MANDATORY DOCUMENTS WILL RESULT IN AUTOMATIC DISQUALIFICATION
Page 10 of 44
THE FOLLOWING PARTICULARS MUST BE FURNISHED
(FAILURE TO DO SO MAY RESULT IN YOUR BID BEING DISQUALIFIED)
CSD Nr of Bidder
Name of Bidder
Postal Address
Street Address
Telephone Number Code Number
Cellphone Number
Fax Number Code Number
Email Address
VAT Registration Nr
Has an original and valid tax clearance certificate been submitted? (SBD 2)
YES NO
Has a BBB-EE status level verification certificate been submitted? (SBD 6.1)
YES NO
If Yes, who was the certificate issued by [Tick Applicable Box]
An Accounting Officer as Contemplated in The Close Corporation Act (CCA)
Page 11 of 44
A verification agency accredited by the South African Accreditation System (SANAS)
A Registered Auditor
(A BBB-EE status level verification certificate must be submitted in order to qualify for preference points for BBB-EE).
Are you the accredited representative in South Africa for the goods / services / works offered
[If YES enclose proof]
YES NO
Signature of Bidder
Date
Capacity under which this bid is signed
Total Bid Price
Total Number of Items Offered
Any enquiries regarding the bidding procedure may be directed to:
Email Address [email protected]
Any enquiries regarding technical information may be directed to:
Email Address [email protected]
Page 12 of 44
SBD 2
TAX CLEARANCE CERTIFICATE REQUIREMENTS
http://www.etenders.gov.za/content/tender-documents
Page 13 of 44
SBD 3.2
PRICING SCHEDULE – FIRM PRICES
(PURCHASES)
NOTE: Price adjustments will be allowed at the periods and times specified in the bidding documents.
In cases where different delivery points influence the pricing, a separate pricing schedule must be submitted for each delivery point.
Name of Bidder
Bid Number
Closing Time
Closing Date
Offer to be valid for 120 days from the closing date of the bid.
ITEM NO QTY DESCRIPTION BID PRICE IN RSA CURRENCY
** (ALL APPLICABLE TAXES INCLUDED)
Required By
At
Brand and Model
Country of Original
Does the offer comply with the specification(s)? *
YES NO
If not to specification, indicate deviation(s)
Page 14 of 44
Period required for delivery
Delivery: Firm
** “all applicable taxes” includes value- added tax, pay as you earn, income tax, unemployment insurance fund contributions and skills development levies.
Page 15 of 44
SBD 3.2
PRICE ADJUSTMENTS
A FIRM PRICES SUBJECT TO ESCALATION
1. In cases of period contracts, firm prices will be adjusted (loaded) with the assessed contract price adjustments implicit in fixed prices when calculating the comparative prices
2. In this category price escalations will be considered in terms of the following formulae, or a formulae as agreed between the buyer and the seller:
VPt
oR
tRD
oR
tRD
oR
tRD
oR
tRDPtVPa
4
44
3
33
2
22
1
111
Where:
Pa = The new escalated price to be calculated.
(1-V)Pt = 100% of the original bid price. Note that Pt must always be the original bid price and not an escalated price.
D1, D2.. = Each factor of the bid price eg. labour, transport, clothing, footwear, etc. The total of the various factors D1, D2…etc. must add up to 100%.
R1t, R2t = Index figure obtained from new index (depends on the number of factors used).
R10, R20 = Index figure at time of bidding.
VPt = 0% of the original bid price. This portion of the bid price remains firm i.e. it is not subject to any price escalations.
3. The following SEIFSA index/indices must be used to calculate your bid price:
Index Dated
Index Dated
Index Dated
Index Dated
Page 16 of 44
4. Furnish a breakdown of your price in terms of above-mentioned formula. The total of the various factors must add up to 100%.
FACTOR
(D1, D2 etc. eg. Labour, transport etc.)
PERCENTAGE OF BID PRICE
B PRICES SUBJECT TO RATE OF EXCHANGE VARIATIONS
1. Please furnish full particulars of your financial institution, state the currencies used in the conversion of the prices of the items to South African currency, which portion of the price is subject to rate of exchange variations and the amounts remitted abroad.
PARTICULARS OF FINANCIAL
INSTITUTION
ITEM NO PRICE CURRENCY RATE PORTION OF PRICE
SUBJECT TO ROE
AMOUNT IN FOREIGN
CURRENCY REMITTED ABROAD
ZAR=
ZAR=
ZAR=
ZAR=
ZAR=
ZAR=
2. Adjustments for rate of exchange variations during the contract period will be calculated by using the average monthly exchange rates as issued by your commercial bank for the periods indicated hereunder: (Proof from bank required)
AVERAGE MONTHLY EXCHANGE RATES FOR
THE PERIOD
DATE DOCUMENTATION MUST BE SUBMITTED TO
THIS OFFICE
DATE FROM WHICH NEW CALCULATED
PRICES WILL BECOME EFFECTIVE
DATE UNTIL WHICH NEW CALCULATED
PRICE WILL BE EFFECTIVE
Page 17 of 44
SBD 4
DECLARATION OF CONFLICT OF INTEREST
Any legal person, including persons employed by the state¹, or persons having a kinship with persons employed by the state, including a blood relationship, may make an offer or offers in terms of this invitation to bid (includes a price quotation, advertised competitive bid, limited bid or proposal). In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons employed by the state, or to persons connected with or related to them, it is required that the bidder or his/her authorised representative declare his/her position in relation to the evaluating/adjudicating authority where-
- the bidder is employed by the state; and/or
- the legal person on whose behalf the bidding document is signed, has a relationship with persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is known that such a relationship exists between the person or persons for or on whose behalf the declarant acts and persons who are involved with the evaluation and or adjudication of the bid.
1. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.
1.1 Full Name of bidder or his or her representative:
1.2 Identity Number:
1.3 Position occupied in the Company (director, trustee, shareholder²):
Company Registration Number
Tax Reference Number
VAT Registration Number
1.3.1 The names of all directors / trustees / shareholders / members, their individual identity numbers, tax reference numbers and, if applicable, employee / personnel numbers must be indicated in paragraph 3 below.
¹“State” means –
a. any national or provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act No. 1 of 1999);
Page 18 of 44
b. any municipality or municipal entity;
c. provincial legislature;
d. national Assembly or the national Council of provinces; or
e. Parliament.
²”Shareholder” means a person who owns shares in the company and is actively involved in the management of the enterprise or business and exercises control over the enterprise. Are you or any person connected with the bidder presently employed by the state?
YES NO
1.3.2 If so, furnish the following particulars:
Name of person / director / trustee / shareholder/ member:
Name of state institution at which you or the person connected to the bidder is employed:
Position occupied in the state institution:
Any other particulars:
1.3.3 If you are presently employed by the state, did you obtain the appropriate authority to undertake remunerative work outside employment in the public sector?
YES NO
1.3.3.1 If yes, did you attached proof of such authority to the bid document?
YES NO
(Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of the bid.
1.3.3.2 If no, furnish reasons for non-submission of such proof:
Page 19 of 44
1.3.4 Did you or your spouse, or any of the company’s directors / trustees / shareholders / members or their spouses conduct business with the state in the previous twelve months?
YES NO
1.3.5 If so, furnish particulars:
1.4 Do you, or any person connected with the bidder, have any relationship (family, friend, other) with a person employed by the state and who may be involved with the evaluation and or adjudication of this bid?
YES NO
1.4.1 If so, furnish particulars.
1.5 Are you, or any person connected with the bidder, aware of any relationship (family, friend, other) between any other bidder and any person employed by the state who may be involved with the evaluation and or adjudication of this bid?
YES NO
1.5.1 If so, furnish particulars.
1.6 Do you or any of the directors / trustees / shareholders / members of the company have any interest in any other related companies whether or not they are bidding for this contract?
YES NO
1.6.1 If so, furnish particulars:
Page 20 of 44
1.6.2 Full details of directors / trustees / members / shareholders
FULL NAME IDENTITY NUMBER PERSONAL TAX REFERENCE NUMBER
STATE EMPLOYEE NUMBER / PERSAL
NUMBER
2. Declaration
I, the undersigned (name)
certify that the information furnished in paragraph 1 above is correct.
I accept that the state may reject the bid or act against me in terms of paragraph 23 of the General Conditions of Contract should this declaration prove to be false.
SIGNATURE DATE
POSITION NAME OF BIDDER
Page 21 of 44
SBD 5
THE NATIONAL INDUSTRIAL PARTICIPATION PROGRAMME
http://www.etenders.gov.za/content/tender-documents
Your Industrial Participation Declaration must be handed in together with the quotation, whether it is applicable or not.
Page 22 of 44
SBD 6.1
PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017
This preference form must form part of all bids invited. It contains general information and serves as a claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution
NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.
1. GENERAL CONDITIONS
In accordance with the National Treasury Instruction Note on the Amended Guidelines in Respect of Bids that include Functionality as a Criterion for Evaluation (issued 3 September 2010), this bid will be evaluated in two stages:
1.1 This Tender will be evaluated in a two-step process, viz.
Functionality - Step 1
Price
BBB-EE - Step 2
1.1.1 The Functionality element will be determined as follows:
Relevant Capability & Experience
25 Is this the Supplier's core business?
Interpretation of the brief 20 Does the quotation fully satisfy our
requirement?
Capacity 20 Does the supplier have the capacity to execute
the requirement?
Lead-time 20 Does Supplier's lead-time comply with the requirement?
Quality 15 Does the supplier produce quality in line with
the requirements?
Functionality Score 100% Total Functionality Score
Qualifying Functionality
Threshold: 80
Minimum functionality score required by
supplier
Bids that fail to score a minimum of 80 points out of a possible 100 points for functionality will not be eligible for further consideration.
The second stage will evaluate the price and preference points of those bids that meet the minimum threshold for functionality.
Page 23 of 44
Sufficient information must be provided to allow the Evaluation Panel to score bids against all these criteria.
1.1.2 The following preference point systems are applicable to all bids:
- the 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicable taxes included); and
- the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes included).
a. The value of this bid is estimated to not exceed R50 000 000 (all applicable taxes included) and therefore the 80/20 preference point system shall be applicable; or
b. The 80/20 preference point system will be applicable to this tender.
1.1.3 Points for this bid shall be awarded for:
a. Price; and
b. B-BBEE Status Level of Contributor.
1.1.4 The maximum points for this bid are allocated as follows:
POINTS
Price 80
B-BBEE Status Level Of Contributor 20
Total points for Price and B-BBEE must not exceed 100
1.1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.
1.1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.
2. DEFINITIONS
a. “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;
b. “B-BBEE status level of contributor” means the B-BBEE status of an entity in terms of a code of good practice on black economic empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;
c. “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of goods or services, through price quotations, advertised competitive bidding processes or proposals;
Page 24 of 44
d. “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);
e. “EME” means an Exempted Micro Enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;
f. “functionality” means the ability of a tenderer to provide goods or services in accordance with specifications as set out in the tender documents.
g. “prices” includes all applicable taxes less all unconditional discounts;
h. “proof of B-BBEE status level of contributor” means:
B-BBEE Status level certificate issued by an authorized body or person;
A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice;
Any other requirement prescribed in terms of the B-BBEE Act;
i. “QSE” means a qualifying small business enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;
j. “rand value” means the total estimated value of a contract in Rand, calculated at the time of bid invitation, and includes all applicable taxes;
3. POINTS AWARDED FOR PRICE
3.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS
A maximum of 80 or 90 points is allocated for price on the following basis:
80/20 or 90/10
min
min180
P
PPtPs or
min
min190
P
PPtPs
Where
Ps = Points scored for price of bid under consideration
Pt = Price of bid under consideration
Pmin = Price of lowest acceptable bid
3.2 POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR
Page 25 of 44
In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations, preference points must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with the table below:
B-BBEE Status Level of Contributor
Number of points
(90/10 system)
Number of points
(80/20 system)
1 10 20
2 9 18
3 6 14
4 5 12
5 4 8
6 3 6
7 2 4
8 1 2
Non-compliant contributor
0 0
4. BID DECLARATION
4.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following:
5. B-BBEE STATUS LEVEL OF CONTR CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND 4.1
5.1 B-BBEE Status Level of Contributor = ……… (maximum of 10 or 20 points)
(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 4.1 and must be substantiated by relevant proof of B-BBEE status level of contributor.
6. SUB-CONTRACTING
6.1 Will any portion of the contract be sub-contracted?
(Tick applicable box)
YES NO
6.1.1 If yes, indicate:
a. What percentage of the contract will be subcontracted............…………….…………%
b. The name of the sub-contractor …………………………………………………………..
c. The B-BBEE status level of the sub-contractor ......................................……………..
d. Whether the sub-contractor is an EME or QSE
Page 26 of 44
(Tick applicable box)
YES NO
e. Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms of Preferential Procurement Regulations, 2017:
Designated Group: An EME or QSE which is at last 51% owned by:
EME √
QSE √
Black people
Black people who are youth
Black people who are women
Black people with disabilities
Black people living in rural or underdeveloped areas or townships
Cooperative owned by black people
Black people who are military veterans
OR
Any EME
Any QSE
7. DECLARATION WITH REGARD TO COMPANY/FIRM
7.1 Name of company/firm: …………………………………………………………………………….
7.2 VAT registration number: ……………………………………….…………………………………
7.3 Company registration number: …………….……………………….…………………………….
7.4 TYPE OF COMPANY/ FIRM
Partnership/Joint Venture / Consortium
One person business/sole propriety
Close corporation
Company
(Pty) Limited
[TICK APPLICABLE BOX]
Page 27 of 44
7.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES
………………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………………
…………………………..
7.6 COMPANY CLASSIFICATION
Manufacturer
Supplier
Professional service provider
Other service providers, e.g. transporter, etc.
[TICK APPLICABLE BOX]
7.7 Total number of years the company/firm has been in business: …………………………
7.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the
company/firm, certify that the points claimed, based on the B-BBE status level of
contributor indicated in paragraphs 1.4 and 6.1 of the foregoing certificate, qualifies the
company/ firm for the preference(s) shown and I / we acknowledge that:
a. The information furnished is true and correct;
b. The preference points claimed are in accordance with the General Conditions as
indicated in paragraph 1 of this form;
c. In the event of a contract being awarded as a result of points claimed as shown in
paragraphs 1.4 and 6.1, the contractor may be required to furnish documentary
proof to the satisfaction of the purchaser that the claims are correct;
d. If the B-BBEE status level of contributor has been claimed or obtained on a
fraudulent basis or any of the conditions of contract have not been fulfilled, the
purchaser may, in addition to any other remedy it may have –
disqualify the person from the bidding process;
recover costs, losses or damages it has incurred or suffered as a result
of that person’s conduct;
Page 28 of 44
cancel the contract and claim any damages which it has suffered as a
result of having to make less favourable arrangements due to such
cancellation;
recommend that the bidder or contractor, its shareholders and
directors, or only the shareholders and directors who acted on a
fraudulent basis, be restricted by the National Treasury from obtaining
business from any organ of state for a period not exceeding 10 years,
after the audi alteram partem (hear the other side) rule has been
applied; and
forward the matter for criminal prosecution.
Witnesses:
1
2
Date
Official Stamp
Page 29 of 44
SBD 7.3
CONTRACT FORM - SALE OF GOODS/WORKS - PART 1
(TO BE FILLED IN BY THE BIDDER)
This form must be filled in duplicate by both the successful bidder (part 1) and the seller (part 2). Both forms must be signed in the original so that the successful bidder and the seller would be in possession of originally signed contracts for their respective records.
1. I
hereby undertake to purchase all or any of the goods and/or works described in the attached bidding documents from (name of institution)
in accordance with the requirements stipulated in (bid number) ………..……….. at the price/s quoted. My offer/s remain binding upon me and open for acceptance by the seller during the validity period indicated and calculated from the closing time of bid.
2. The following documents shall be deemed to form and be read and construed as part of this agreement:
a. Bidding documents, viz
- Invitation to bid;
- Tax clearance certificate;
- Pricing schedule(s);
- Declaration of interest;
- Declaration of bidder’s past SCM practices;
- Special Conditions of Contract;
b. General Conditions of Contract; and
c. Other (specify)
3. I confirm that I have satisfied myself as to the correctness and validity of my bid; that the price(s) quoted cover all the goods and/or works specified in the bidding documents; that the price(s) cover all my obligations and I accept that any mistakes regarding price(s) and calculations will be at my own risk.
4. I accept full responsibility for the proper execution and fulfilment of all obligations and conditions devolving on me under this agreement as the principal liable for the due fulfilment of this contract.
Page 30 of 44
5. I undertake to make payment for the goods/works as specified in the bidding documents.
6. I declare that I have no participation in any collusive practices with any bidder or any other person regarding this or any other bid.
7. I confirm that I am duly authorised to sign this contract.
Signed at On
Name
Capacity
Signature
Name of Firm
Date
Witnesses:
1
2
Date
Official Stamp
Page 31 of 44
SBD 7.3
CONTRACT FORM - SALE OF GOODS/WORKS - PART 2
(TO BE FILLED IN BY THE SELLER)
1. I
in my capacity as
accept your bid under reference number ………………………… dated ……………………… for the purchase of goods/works indicated hereunder and/or further specified in the annexure(s).
2. I undertake to make the goods/works available in accordance with the terms and conditions of the contract.
ITEM NO. DESCRIPTION PRICE
(ALL APPLICABLE TAXES INCLUDED)
3. I confirm that I am duly authorised to sign this contract.
Signed at On
Name
Capacity
Signature
Name of Firm
Date
Page 32 of 44
Witnesses:
1
2
Date
Official Stamp
Page 33 of 44
SBD 8
DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES
1 This Standard Bidding Document must form part of all bids invited.
2 It serves as a declaration to be used by institutions in ensuring that when goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.
3 The bid of any bidder may be disregarded if that bidder, or any of its directors have-
a. abused the institution’s supply chain management system;
b. committed fraud or any other improper conduct in relation to such system; or
c. failed to perform on any previous contract.
4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.
ITEM QUESTION YES NO
4.1 Is the bidder or any of its directors listed on the National Treasury’s Database of Restricted Suppliers as companies or persons
prohibited from doing business with the public sector?
(Companies or persons who are listed on this Database were informed in writing of this restriction by the Accounting Officer/Authority of the
institution that imposed the restriction after the audi alteram partem rule was applied).
The Database of Restricted Suppliers now resides on the National Treasury’s website (www.treasury.gov.za) and can be accessed by
clicking on its link at the bottom of the home page.
4.1.1 If so, furnish particulars:
Page 34 of 44
ITEM QUESTION YES NO
4.2 Is the bidder or any of its directors listed on the Register for Tender Defaulters in terms of section 29 of the Prevention and Combating of
Corrupt Activities Act (No 12 of 2004)?
The Register for Tender Defaulters can be accessed on the National
Treasury’s website (www.treasury.gov.za) by clicking on its link at the bottom of the home page.
4.2.1 If so, furnish particulars:
4.3 Was the bidder or any of its directors convicted by a court of law
(including a court outside of the Republic of South Africa) for fraud or corruption during the past five years?
4.3.1 If so, furnish particulars:
4.4 Was any contract between the bidder and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract?
4.4.1 If so, furnish particulars:
Page 35 of 44
SBD 8
CERTIFICATION
I, the undersigned (full name)
certify that the information furnished on this declaration form is true and correct.
I accept that, in addition to cancellation of a contract, action may be taken against me should this declaration prove to be false.
SIGNATURE DATE
POSITION NAME OF BIDDER
Page 36 of 44
SBD 9
CERTIFICATE OF INDEPENDENT BID DETERMINATION
1. This Standard Bidding Document (SBD) must form part of all bids¹ invited.
2. Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement between, or concerted practice by, firms, or a decision by an association of firms, if it is between parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive bidding is a pe se prohibition meaning that it cannot be justified under any grounds.
3. Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all reasonable steps to prevent abuse of the supply chain management system and authorizes accounting officers and accounting authorities to:
a. disregard the bid of any bidder if that bidder, or any of its directors have abused the institution’s supply chain management system and or committed fraud or any other improper conduct in relation to such system.
b. cancel a contract awarded to a supplier of goods and services if the supplier committed any corrupt or fraudulent act during the bidding process or the execution of that contract.
4. This SBD serves as a certificate of declaration that would be used by institutions to ensure that, when bids are considered, reasonable steps are taken to prevent any form of bid-rigging.
5. In order to give effect to the above, the attached Certificate of Bid Determination (SBD 9) must be completed and submitted with the bid:
¹ Includes price quotations, advertised competitive bids, limited bids and proposals.
² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an agreement between competitors not to compete.
I,
the undersigned, in submitting the accompanying bid:
(Bid Number and Description) in response to the invitation for the bid made by:
(Name of Institution)
Page 37 of 44
do hereby make the following statements that I certify to be true and complete in every respect:
I certify, on behalf of (Name of Bidder)
that:
1. I have read and I understand the contents of this Certificate;
2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and complete in every respect;
3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of the bidder;
4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to determine the terms of, and to sign the bid, on behalf of the bidder;
5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor” shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who:
a. has been requested to submit a bid in response to this bid invitation;
b. could potentially submit a bid in response to this bid invitation, based on their qualifications, abilities or experience; and
c. provides the same goods and services as the bidder and/or is in the same line of business as the bidder
6. The bidder has arrived at the accompanying bid independently from, and without consultation, communication, agreement or arrangement with any competitor. However communication between partners in a joint venture or consortium³ will not be construed as collusive bidding.
7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation, communication, agreement or arrangement with any competitor regarding:
a. price
b. geographical area where product or service will be rendered (market allocation)
c. methods, factors or formulas used to calculate prices;
d. the intention or decision to submit or not to submit, a bid;
e. the submission of a bid which does not meet the specifications and conditions of the bid; or
f. bidding with the intention not to win the bid.
Page 38 of 44
8. In addition, there have been no consultations, communications, agreements or arrangements with any competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the products or services to which this bid invitation relates.
9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of the contract.
³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.
10. I am aware that, in addition and without prejudice to any other remedy provided to combat any restrictive practices related to bids and contracts, bids that are suspicious will be reported to the Competition Commission for investigation and possible imposition of administrative penalties in terms of section 59 of the Competition Act No 89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for criminal investigation and or may be restricted from conducting business with the public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of Corrupt Activities Act No 12 of 2004 or any other applicable legislation.
SIGNATURE DATE
POSITION NAME OF BIDDER
INDUSTRIAL PARTICIPATION
VERY IMPORTANT NOTE:
Bidders and/or potential sub-contractors, which might supply products and/or services with
a foreign content, to Denel SOC Ltd t/a Denel Land Systems incorporating Mechem (DLS),
need to complete this document as part of its offer/proposal to DLS.
Background
The Defence industrial Participation (DIP) programme is an integral part of the Department of
Defence policy and complements the Department of Trade and Industry’s National Industrial
Participation (NIP) programme. In terms of these requirements, DIP and NIP obligations will be
applicable in all procurement purchases which might contain foreign content placed by DLS on a
sub-contractor in accordance with the DIP and NIP thresholds and guidelines (as may be amended
from time-to-time) determined by the Department of Defence and the Department of Trade and
Industry respectively.
I/We the undersigned, therefore and hereby confirm as follows:
Company name : ………………………………………………….
Address: ………………………………………………….
………………………………………………….
Contact person: …………………………………………………...
Tel number: ……………………………………………………
Email: ……………………………………………………
1. COMMITMENT WITH REGARDS TO DEFENCE INDUSTRIAL PARTICIPATION:
1.1. It is clearly understood that the Defence Industrial Participation (DIP) Obligation will be at
least 50% of the total foreign content value of the contract/sub-contract.
1.2. It is therefore clearly understood that the total DIP Obligation will be discharged through a
combination of one or more of local work share, co-development, co-production, R&D,
technology transfer, skills development and training, establishment of MRO capabilities,
foreign direct investment, jigs, tooling, test equipment, and the export of defence-related
products.
Page 40 of 44
1.3. All DIP activities contemplated will be recorded and subsequently discharged in accordance
with the prescribed DIP business plan format. (Spreadsheet Excel – referred to as C1 and
C2).
1.4. All DIP business plans, and correspondence in relation to the DIP obligation and its
subsequent reporting, claims and discharge will be channelled through DLS. Note that all
decisions with regard to the approval of DIP business plans and awarding of DIP credits lie
solely with Armscor’s DIP Division.
2. COMMITMENT WITH REGARDS TO NON-DEFENCE INDUSTRIAL PARTICIPATION:
2.1. It clearly understood that the Non-Defence Industrial Participation (NIP) Obligation will be at
least 30% of the total foreign content value of the contract/sub-contract
2.2. It is thus clearly understood that the NIP Obligation Business Plan will be recorded and
subsequently discharged in accordance with the NIP guidelines of the Department of Trade
and Industry (DTI).
2.3. All NIP business plans and correspondence in relation to the NIP obligation and its
subsequent reporting, claims and discharge will be channelled through DLS. Note that all
decisions with regard to the awarding of NIP credits lie solely with the DTI’s Industrial
Participation (IP) Control Committee.
3. GENERAL DIRECTIVES RELATED TO THIS DIP AND NIP UNDERTAKING AND
SUBSEQUENT COMMITMENT:
3.1 Excess credits earned and awarded can be banked. Banked credits may be offered as
a part discharge of the obligation in accordance with the rules of Armscor and the DTI.
3.2 It is further required that foreign sub-contractors engage with and place contracts with
suitably qualified local Broad Based Black Economic Empowerment (BBBEE) category
entities. Contracts to the value of at least 25% of the DIP commitment and 20% of the
NIP commitments must be placed upon the latter.
3.3 Separate prescribed bank guarantees acceptable to Denel, will be issued in
accordance with the Industrial Participation (IP) sub-agreement to be signed with DLS
or its holding company. The value of the bank guarantees will be at least 5% of the
commitment on DIP (50%) and at least 5% of the commitment on NIP (30%).
3.4 A DIP proposal must not include any civilian/non-defence related projects or services,
except DUAL-USE products/ services as provided by a local company, subject to prior
approval by ARMSCOR. “Dual-use” shall mean those products, technologies supplied
and/or services rendered by a company and where such products, technologies and/or
Page 41 of 44
services could be used for either defence or non-defence related purposes. The NIP
commitment must not duplicate any DIP-related activities.
3.5 No multipliers whatsoever will be considered by ARMSCOR in determining any form of
DIP credit or in assessing the value of DIP activities as committed in my/our business
plan, especially in the case of proposed technology transfers.
3.6 Limited levels of multipliers are used by the DTI in determining NIP credits.
4. DISCLAIMER
It is the bidder/sub-contractors sole responsibility to ensure that it is fully
familiar with all the terms and conditions of DLS, Armscor and the DTI as related
to both DIP and NIP obligations and by signing this confirmation, it
acknowledges that it has read and fully understands these terms and conditions.
5. CONFIDENTIALITY
The signatory to this document shall take note not to reveal or disseminate any
information as contained in this and subsequent documentation (as related to DIP and
NIP), to any party, person or entity outside DLS, the South African Ministry of Defence,
the Defence Secretariat, the SANDF, ARMSCOR or the DTI, without the written and
express consent of DLS. In the event that such information is disseminated prior to the
official awarding of the tender, such an event could lead to the disqualification of the
tender response/proposal.
6. I/We hereby state that the selection of local suppliers and the choice of business
activities are my/our company’s own decision and was not made under duress or
undue influence of any person or entity in Denel, ARMSCOR, DTI, the DOD and/or the
SANDF.
This confirmation is completed and signed by duly authorized person(s), as per attached
proxy/power of attorney, to act for and on behalf of the sub-contractor at
......................................................... (place) on this .....................day of ...................................
(month) ........................ (year) without favour or under influence or duress.
WITNESSES SUB-CONTRACTOR
1. ........................................................ .........................................................
Signature Signature/Name and Capacity
2. ......................................................... .........................................................
Signature Signature/Name and Capacity
Page 42 of 44
CONDITIONS TO BE OBSERVED WHEN BIDDING
1 COMPLIANCE WITH COMPLETION OF BID
1.1 The bid forms should not be retyped or redrafted but photocopies may be prepared and used.
1.2 Bid forms must be signed in the original form; in ink and forms with photocopied signatures or other such reproduction of signature will be rejected.
1.3 Should bid forms not be filled in by means of mechanical devices, for example typewriters, ink, preferably black, must be used to fill in bid.
1.4 Bidders shall check the numbers of the pages and satisfy themselves that none are missing or duplicated. No liability shall be accepted in regard to claims arising from the fact that pages are missing or duplicated. Incomplete bids will result in disqualification.
2 COMPLIANCE WITH TECHNICAL SPECIFICATIONS
Unless a departure is clearly stated by the Bidder at the time of bidding, the works shall be taken as complying in detail with the Technical Specifications, and the Bidder shall be held liable on all the terms and conditions of the contract as if this bid contained no departures. Technical specifications contained in any brochures or any other descriptions submitted shall apply for acceptance test purposes.
3 WARRANTY
If there are any defects arising from failure of goods to meet the specifications within the period specified in the contract, the Bidder shall replace the defective items at his expense or shall refund Denel Land Systems such costs as Denel Land Systems may incur in replacing such defective item. The Bidder shall also bear the cost of transporting replaced/repaired items to the place of destination.
4 INSPECTION
The Bidder shall permit and assist Denel Land Systems representatives in carrying out any inspections that are called for in the bid or specifications.
5 RISK
The Bidder will be responsible for losses that Denel Land Systems incurs due to Bidder’s negligence or intention and Bidder must provide Liability Insurance. This will be a condition of contract.
6 PAYMENT
Payment, in currency other than South African Rand, will be made by means of a telegraphic or wired bank transfer. The Bidder must provide:
Name and address of their bank.
Company account number to be credited.
Page 43 of 44
Sort/swift code of bank.
Denel Land Systems standard payment terms are 60 days from date of Invoice.
7 ASSIGNMENT OF CONTRACT
The Bidder shall not have the right to cede any right or delegate any obligation in terms of this contract to any third party unless with the prior written approval of Denel Land Systems.
8 COMMISSION
Denel Land Systems shall not in any way be responsible or liable for payment of the commission due on this contract as far as the total contract amount would be exceeded by any addition of such commission. The payment of commission shall be the exclusive liability of the Bidder, which indemnifies Denel Land Systems hereby against agent's claims for commission of any nature.
9 PUBLICATIONS
The Bidder shall not permit or allow any information regarding the contract works to be published in any scientific, engineering or other newspaper, periodical or publication without first obtaining the consent of Denel Land Systems thereto.
10 LAW APPLICABLE
Irrespective of where this contract happens to be finally concluded, it shall be consistently deemed to have been entered into in the Republic of South Africa whose law and courts' jurisdiction shall prevail throughout.
11 PROPOSALS/BIDS ARE CONSIDERED TO BE BINDING ON THE BIDDERS
Representations made in the bid, including claims made in respect of commitments to dates of delivery, shall be considered binding on the Bidder on acceptance of the bid by Denel Land Systems and same will be form part of the contract to be concluded, unless specifically noted by the Bidder in the bid that same maybe subject to change.
12 FAILURE TO COMPLY WITH THESE CONDITIONS
These conditions form part of the bid and failure to comply therewith may invalidate a bid.
13 RFP/RFB SCHEDULE
Bidders will be contacted as soon as practicable with a status update. At this time, short-listed Bidders may be asked to meet with Denel Land Systems representatives. Bidders should provide a list of persons and their contact details who are mandated to negotiate on behalf of their company.
14 ADDITIONAL NOTES
14.1 All returnable documents as indicated in the bid form must be returned with the response.
14.2 Bidders are to note that bids in which firm prices are quoted for the duration of any
Page 44 of 44
resulting contract may receive precedence over prices which are subject to adjustment.
14.3 Changes by the Bidder to his/her submission will not be considered after the closing date.
14.4 The person or persons signing the bids must be legally authorized by the Bidder to do so. A list of the person(s) authorized to negotiate on your behalf must be submitted along with the bid.
14.5 Denel Land Systems reserves the right to undertake post-bid negotiations with the preferred Bidder or any number of short-listed Bidders.
FAILURE TO OBSERVE ANY OF THE ABOVE-MENTIONED REQUIREMENTS MAY RESULT IN THE BID BEING OVERLOOKED.
15 DISCLAIMERS
15.1 Bidders are hereby advised that Denel Land Systems is not committed to any course of action as a result of its issuance of this BID and/or its receipt of a bid in response to it. In particular, please note that Denel Land Systems may:
change all services on bid and to have Supplier re-bid on any changes
reject any bid which does not conform to instructions and specifications issued herein
disqualify bids after the stated submission deadline
not necessarily accept the lowest priced bid
reject all bids, if it so decides
award a contract in connection with this bid at any time
award only a portion as a contract
split the award of the contract to more than one Supplier
make no award of a contract.
15.2 Kindly note that Denel Land Systems will not reimburse any Bidder for any preparation costs or other work performed in connection with this bid, whether or not the Bidder is awarded a contract.